United States - Tissue & Implant Inventory Tracking Software
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 30 June 2019
- Opportunity publication date
- 06 June 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: May 31, 2019 1:15 pm
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE, THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.
This is solicitation, no. W81K0219Q0174; Purchase Request; 0011346249, issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210; Size Standard for small business is $38.5M. RFQ is being issued as a TOTAL SMALL BUSINESS SET-ASIDE. This requirement is for a Tissue & Implant Management Inventory & Tracking System software subscription support to be used at the Pathology Department, Laboratory Madigan Army Medical Center Tacoma WA. The proposed purchase order is a Base Year with 2 One Year Options for LINE ITEMS: 0001, 1001, & 2001.
All responsible Contractors shall provide an offer for the following Brand Name; UDITRACK or Equal Products:
LINE ITEM: 0001: Tissue & Implant Inventory Tracking w/20 Client User Licensing 1st -Year
LINE ITEM: 1001: Tissue & Implant Inventory Tracking w/20 Client User Licensing 2nd-Year
LINE ITEM: 2001: Tissue & Implant Inventory Tracking w/20 Client User Licensing 3rd Year
Salient Characteristics/Minimum Characteristics
The above software system must have the ability to perform the following functions:
a. Enter dozens of items into inventory with one click
b. Use Barcode scanning technology across workflow
c. Seamless Electronic Health Record (EHR) integration and data transfer
d. Automatic FDA Recall Updates.
e. Must be compliant with Joint Commission of Hospital Accreditation Standards.
f. Must meet HIPAA compliant standards for transmission and storage of all data; security of all information.
g. Must be able to track and manage inventory of all types of implantable items/devices (biological, and non-biological), and full capacity to extend to other trackable items.
h. Must be upgradeable to future versions.
EVALUATION OF FACTORS:
Award will be made based on Technically Acceptable, Lowest price.
The evaluated price will be the total price of the quote, to include all fees as indicated and freight charges in the solicitation.
Technical Factors are more important than Price. Price must be determined to be fair and reasonable.
The following clauses apply to this acquisition: 52.212-1 Instruction to Offeror's - Commercial Item; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.232-33 Payment by Electronic Funds; 52.252-2 Addendum to 52.212-1. The following Addendum to FAR 52.212-4(c) will also be included in the agreement: UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the contract period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature.
The following FAR clauses apply; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52-211-6 Brand name or equal; 52.219-6 Notice of Total SB Set-side; 52.219-28 Post Award SB Program Re-representation; 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation With Authorities And Remedies; 52.222-21 Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans; 52.222-50 Combat Trafficking in Persons; 52.222-54 Employment Eligibility Verification; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claims; 52.242-13 Bankruptcy
The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials; 242.203-7002 Requirements to inform employees of whistleblower rights; 252.204-7003 Control of Government personnel work product; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation); 252.204 7015 Disclosure of Information to Litigation support contractors; 252.211-7003 Item Unique Identification and Valuation; 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.223-7008 Prohibition of Hexavalent Chromium; 252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program; 252.225-7048 Export Controlled Items,; 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; 252.232-7006 Wide Area Work Flow Payment Instructions; 252.232-7010 Levies on Contract Payments, 252.247-702; Transportation of Supplies by Sea; 252.244-7000 Subcontracts for Commercial Items and Commercial Components.
The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far and www.farsite.hill.af.mil .
All vendors will be required to submit invoicing through the on-line website Wide Area Work Flow Suite electronic invoicing system, known as WAWF.
Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www.sam.gov . **Offers are due by 30 June 2019 @ 12:00 Noon, Pacific Standard Time. Submit signed and dated offers via email: Walter.j.Bischoff.civ@mail.mil .
**Note: RFQ Offers must contain the following information to be considered; Solicitation Number, Contractor's Representation to include; Authorized person(s) name, signature and date in order to be accepted for consideration.
Contracting Office:
Regional Health Contracting Office-Pacific
Joint Base Lewis-McChord (JBLM), Health Contracting Cell,
673 Woodland Square Loop SE, Suite 101
Lacey WA 98503
Place of Delivery:
Madigan Army Medical Center
Bldg. 9040 Fitzsimmons Drive
Tacoma WA 98433-5000
If there are any questions, please present your questions to; Walter J. Bischoff; Only by Email prior to the closing date of this solicitation: walter.j.bischoff.civ@mail.mil
- Opportunity closing date
- 30 June 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of the Army REGIONAL HEALTH CONTR OFC PACIFIC United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.